Section one: Contracting entity
one.1) Name and addresses
Scottish Water
6 Buchanan Gate
Glasgow
G33 6FB
zuzanna.smith@scottishwater.co.uk
Telephone
+44 7484509408
Country
United Kingdom
NUTS code
UKM - SCOTLAND
Internet address(es)
Main address
https://www.scottishwater.co.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-Glasgow:-Telemetry-and-terminal-equipment./G3Z8E8Q47Q
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/tenders/UK-title/G3Z8E8Q47Q
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply of Remote Telemetry Units (RTUs)
Reference number
SW20/CI/1285
two.1.2) Main CPV code
- 32440000 - Telemetry and terminal equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
Scottish Water (SW) is looking for Remote Telemetry Units (RTUs) suppliers.
The scope of the framework will include but will not be limited to the design, supply of RTUs and associated components, training, technical and development support.
The telemetry master station (TMS) is provided by Emerson and is Open Enterprise (OE) with specific SW variants. The TMS has been installed to meet SW requirements. The RTU manufacturer has to have certification issued by Emerson confirming their device is suitable for operation with SW TMS. The RTU device has to be capable of communicating with the TMS version 2.52 up to and including version 3.36.
It’s anticipated that the TMS might change within the life of the framework and the requirement for RTU supply will be re-procured based on the TMS change.
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 32441000 - Telemetry equipment
- 32441100 - Telemetry surveillance system
- 32441200 - Telemetry and control equipment
- 38291000 - Telemetry apparatus
two.2.3) Place of performance
NUTS codes
- UKM - SCOTLAND
Main site or place of performance
SCOTLAND
two.2.4) Description of the procurement
Scottish Water (SW) is looking for Remote Telemetry Units (RTUs) suppliers.
The scope of the framework will include but will not be limited to the design, supply of RTUs and associated components, training, technical and development support.
The telemetry master station (TMS) is provided by Emerson and is Open Enterprise (OE) with specific SW variants. The TMS has been installed to meet SW requirements. The RTU manufacturer has to have certification issued by Emerson confirming their device is suitable for operation with SW TMS. The RTU device has to be capable of communicating with the TMS version 2.52 up to and including version 3.36.
It’s anticipated that the TMS might change within the life of the framework and the requirement for RTU supply will be re-procured based on the TMS change.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
Initial period of 2 years + 2 years + 2 years + 2 years
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 2
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The PQQ and ITN documents can also be accessed by logging in through Scottish Water Delta e-sourcing webpage https://scottishwater.delta-esourcing.com/ and through the Response Manager section using the following Access Code: G3Z8E8Q47Q
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Applicants will be expected to be of sufficient financial and economic standing to support the anticipated contract value. All applicants must complete the financial questions within the pre-qualification questionnaire and tender documents. Financial standing relevant to the anticipated contract value will be determined by Scottish Water based on the response to the pre-qualification questionnaire and any further financial checks deemed necessary.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.6) Deposits and guarantees required
Scottish Water reserves the right to require deposits, guarantees, bonds or other forms of appropriate security.
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
All prices quoted shall be in Sterling (UK) and all payments shall be made in Sterling (UK). Payment shall be made on the basis of completed services in accordance with the agreed contract rates, schedules and conditions of contract.
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
In the event of a group of companies submitting an accepted offer it will be necessary for each member of the group to sign an undertaking that each company in the group will be jointly and severally liable for the satisfactory performance of the contract.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Bidders must comply with modern slavery act and operate an ethical supply chain.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 April 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Scottish Water will not accept the ESPD. We will only accept a completed Scottish Water PQQ document. This Notice does not preclude Scottish Water from issuing other notices for specific requirements. Responses to the OJEU Notice will be evaluated and only successful applicants following PQQ evaluation will be invited to submit a tender. Scottish Water reserves the right to divide the scope of the contract into lots at tender and contract award stages as it deems appropriate. Applicants who fail to supply all of the information requested in response to this Notice or any resulting tender exercise may risk elimination.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://scottishwater.delta-esourcing.com/respond/G3Z8E8Q47Q
GO Reference: GO-202147-PRO-18049119
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
Glasgow
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Scottish Water
6 Buchanan Gate
Glasgow
G33 6FB
Country
United Kingdom